Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2014 FBO #4724
SOLICITATION NOTICE

19 -- Two (2) Z Drive Propeller Shafts for NOAA Ship Nancy Foster

Notice Date
10/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NMAN7200-15-00313
 
Archive Date
11/18/2014
 
Point of Contact
Jennifer N Parsons,
 
E-Mail Address
jennifer.parsons@noaa.gov
(jennifer.parsons@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is 15-00313. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72. The National Oceanic Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO) NOAA Ship Nancy Foster requires the two new Z-drive Propeller Shafts, manufacturer part number D103538. Item 001, Two (2) new Z-drive (Model # 260/370-H 186 Foot Torpedo) Propeller Shafts, manufacturer part number D103538 with American Bureau of Shipping (ABS) Type Approval tiny_mce_marker__________. Item 002, Crating - Freight Charges and Duty Fees tiny_mce_marker__________. This RFQ is 100 percent set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 423830, which has a corresponding size standard of 100 employees. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2011) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.213-70 Evaluation utilizing simplified acquisition procedures. (MAR 2010) The following clauses are provided in full text: FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (FEB 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (6) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (12) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) (14) 52.219-8, Utilization of Small Business Concerns, (JAN 2011) (17) 52.219-14, Limitations on Subcontracting, (NOV 2011) (23) 52.219-28, Post Award Small Business Program Representation (APR 2009) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (30) 52.222-35 Equal Opportunity for Veterans (SEP 2010) (31) 52.222-36, Affirmative Action for Workers with Disabilities, (OCT 2010) (32) 52.222-37, Employment Reports on Veterans, (SEP 2010) (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39) 52.225-1, Buy American Act -- Supplies, (FEB 2009) (42) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) (47) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (OCT 2003) FAR clause 52.211-6(d), Brand Name or Equal (Aug 1999) applies to this acquisition, stating "Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation." Brand Name Information: Ulstein Maritime Limited is the manufacturer of the Z-drive, Model # 260/370-H 186 Foot Torpedo Test Propeller Shafts. The Z-drive is a right-angle drive power transmission, thru-hull mounted and steerable through 360 degrees. The Z drive enables the helmsman to maneuver in and out of difficult passages and to precisely position the craft. No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors shall be required to comply with the terms of 52.204-99 system for Award Management Registration (Class Deviation from 52.204-7) (September 2012) (DEVIATION 1) The contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may e required in lieu of SAM. (c) If the contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A Contractor may obtain a DUNS number (i) via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and zip code. (iv) Company mailing address, city, state, and zip code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time, for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not registered should consider applying for registration to least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate, and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 1-866-606-8220 or 334-206-7828 for international calls. (End of Clause) Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 11:00 A.M. EDT on November 03, 2014; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Jennifer.parsons@noaa.gov. Questions pertaining to this RFQ must be submitted in writing to Jennifer.Parsons@noaa.gov. The anticipated award date is on or about November 7, 2014. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Jennifer.Parsons@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NMAN7200-15-00313/listing.html)
 
Place of Performance
Address: NOAA Ship - Nancy Foster, 1050 Register Street, Charleston, South Carolina, 29405, United States
Zip Code: 29405
 
Record
SN03560837-W 20141031/141030000751-6a249a75c87fd4f28e154d11ddc9de6a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.